Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

54 -- Steel Equipment Enclosures 8 feet wide X 10 feet long X 8 feet high and 8 feet wide X 20 feet long X 8 feet high

Notice Date
3/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-05-T-0029
 
Response Due
4/12/2005
 
Archive Date
6/11/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, as suppl emented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the sim plified acquisition procedures as a requirements contract per FAR 52.216-21. The contract duration will be for a 3 year period from date of award. Please note that FAR provision 52.216-4 Economic Price Adjustment  Labor and Material applies to this solici tation (steel will be the only item affected by the economic price adjustment). Therefore, proposals shall include current pricing. Additionally, offerors shall specify as a percentage, the portion of their current pricing attributable to steel costs, whi ch would be subject to the Economic Price Adjustment price increases/decreases. Offerors are to specify the respective percentage for the 8 feet wide X 10 feet long X 8 feet high and 8 feet wide X 20 feet long X 8 feet long steel equipment enclosures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-01 dated 9 March 2005 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20050222. T his acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 332311 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offe rors may register online at https://www.bpn.gov/CCR/scripts/index.html. There are no drawings available for the equipment enclosures. Note that this solicitation is for steel equipment enclosures. Therefore, concrete or other types of shelters are unaccept able and such offers will not be accepted. The proposal shall consist of two Contract Line Item Numbers (CLIN). CLIN 0001, Quantity 10, Unit of Issue: Each, Description: Steel Equipment Enclosure 8 feet wide X 10 feet long X 8 feet high. CLIN 0002, Quantit y 15, Unit of Issue: Each, Description: Steel Equipment Enclosure 8 feet wide X 20 feet long X 8 feet high. This requirement is for commercially available equipment enclosures with preinstalled electrical and mechanical systems. The specifications for the equipment enclosures are located at the U.S. Army Contracting Agency Yuma web site http://www.yuma.army.mil/contracting/index.html. The contract award will be a firm fixed price with Economic Price Adjustment, Requirements Contract. The equipment enclosur es will be delivered to U.S. Army Yuma Proving Ground, AZ (USAYPG). Vendors shall include all transportation costs in their proposal. Vendors that are subject to the Arizona Transaction Privilege Tax must include that cost in their proposals. The Governm ent will off load the equipment enclosures at USAYPG. All proposals shall be clearly marked with RFQ number W9124R-05-T-0029 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than Noon MST, 12 April 2005. The dead line for technical questions is Noon MST, 4 April 2005. The Government intends to award a requirements contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government based on technical capabil ity, past performance, and price. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Ite ms (Jan 2005). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) with Alternate I (Apr 2002) and DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items (Nov 1995). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.215-5 Facsimile Proposals (Oct 1997). FAR 52.247-34 FOB Destination (Nov 1991). 52.216-21 Requirements (Oct 1995), paragraph (f) is completed as follows: 60 days after contract expiration. FAR 52.2 16-18 Ordering (Oct 1995), paragraph (a) is completed as follows: for 3 years from date of award. FAR 52.216-19 Order Limitations (Oct 1995), paragraphs (a), (b), and (d) are completed as follows: Paragraph (a) Quantity less than 1 each. Paragraph (b)(1) S ingle Item Quantity more than 15 each, Paragraph (b)(2) Combination of Items Quantity more than 25 each, and Paragraph (b)(3) 1095 days. Paragraph (d) within 5 days after issuance. FAR 52.216-4 Economic Price Adjustment  Labor and Material (Jan 1997), ste el will be the only item affected by the economic price adjustment. FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of this provision is completed as follows: i) technical capability of item to meet Government requirements, ii) past performance, and iii) price. Technical proposals will be reviewed for compliance with the specifications. Past performance to include timely delivery will then be evaluated for all offerors whose technical proposal has been determined acceptable. However, proposals with unreasonable prices will not be considered for technical and past performance evaluations. Price will then be evaluated for o fferors whose technical proposal and past performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equa lize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jan 2005) apply to th is acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995), 52.219-6 Notice of total small Business Set-Aside (Jun 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabili ties (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payme nt by Electronic Funds Transfer Central Contractor Registration (Oct 2003). 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquis itions of Commercial Items (Jan 2005) applies to this Acquisition, and specifically 52.203-3 Gratuities (Apr 1984), 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004), 252.225-7014 Preference for Domestic Specialty Metals (Apr 2003), 252.2 25-7021 Trade Agreements (Jan 2005), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), and 252.247-7024 Notification of T ransportation of Supplies by Sea (Mar 2000). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928 ) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00777170-W 20050330/050328211959 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.